Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 16,2000 PSA#2601

U.S. Department of Labor, ETA, Division of Contracting Services, 200 Constitution Ave., NW, Room S-4203, Washington, DC 20210

Y -- DESIGN AND CONSTRUCTION, POTENTIAL SOURCES SOUGHT, THROUGH USE OF A DESIGN/BUILD PROCESS AT THE DELAWARE VALLEY JOB CORPS CENTER LOCATED IN CALLICOON, NEW YORK SOL JC-13-00 DUE 062600 POC Mr. Anthony Hill (202) 219-8706 ext. 126 WEB: jc-13-00, http://cbdnet.access.gpo.gov. E-MAIL: jc-13-00, ahill@doleta.gov. Potential Sources Sought. The United States Department of Labor has a requirement to identify, via this market survey, potential sources to design and construct, utilizing a Design/Build approach, a new vocation building and a new road extension for the Delaware Valley Job Corps Center located in Callicoon, New York. The project will consist of a newly constructed vocation building for automotive trades. The project also includes construction of a new road extension to be tied into the existing front drive to allow truck traffic to the front of the main building. The gross square footage of the building is 4,500. The estimated cost is between $500,000 and $1,000,000. The Department of Labor's goal is to determine the availability of Small Business Enterprises (SBE's) operating as either design-build entities, construction contractors operating under SIC 1542, or A/E firms who plan to team with such a construction contractor, and if any, issue a Two-Phase Design-Build Request for Proposal in accordance with FAR Subpart 36.3. All responses must be received no later than 2 o'clock p.m., Eastern Standard Time (EST) on June 26, 2000. Interested firms are invited to submit their expressions of interest, in writing. Responses should include a narrative identifying the scope of past and current services contracted for within the past three (3) years and describe capabilities to perform the services described in this synopsis, including but not limited to the following: 1) business size status, such as small business, small disadvantaged business, 8(a), etc.; 2) number of years in business; 3) maximum bonding capacity; 4) type of business entity anticipated to propose on this project, such as Design/Build firm, prime/subcontractor relationship (and whether the prime is an A/E or construction firm), or joint venture; 5) number and dollar value of Design-Build projects performed in the past; and 6) point of contact, including name, title, address, and phone number. Firms should ensure their responses are complete andsufficiently detailed to allow the Government to determine the firm's qualifications to perform the defined work. Women-owned business concerns are encouraged to respond. Respondents capable of satisfying the requirements stated herein should provide two (2) copies of their response. The response is not to exceed fifteen (15) pages and is to be sent on company letterhead to Anthony Hill, Department of Labor, ETA, Division of Contract Services, 200 Constitution Avenue, N.W., Room S-4203, Washington, D.C. 20210. This procurement is planned to be a 100% Small Business Set-Aside. Therefore, Small Business firms shall note that FAR Part 19 Standard Industrial Codes (SIC) and Size Standards (SS) for the project identified in this announcement are 1542 and $17.0 Million. The Government does not intend to award a contract on the basis of this notification or otherwise pay for any information or inquiry. This synopsis does not constitute a request for proposal and is not considered to be a commitment by the Government. No solicitation packages are available. THIS IS NOT A REQUEST FOR PROPOSAL. Posted 05/12/00 (W-SN454353). (0133)

Loren Data Corp. http://www.ld.com (SYN# 0087 20000516\Y-0006.SOL)


Y - Construction of Structures and Facilities Index Page